SOURCES SOUGHT
D -- Alert (Klaxon) Notification System
- Notice Date
- 2/1/2017
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Army, National Guard Bureau, 128 MSG/MSC WI ANG, GENERAL MITCHELL IAP ANG BASE, 1919 E. GRANGE AVENUE, MILWAUKEE, Wisconsin, 53207-6199, United States
- ZIP Code
- 53207-6199
- Solicitation Number
- W912J2-17-R-2507
- Archive Date
- 3/16/2017
- Point of Contact
- Dionne F. Holloway, Phone: 4149448466
- E-Mail Address
-
dionne.f.holloway.mil@mail.mil
(dionne.f.holloway.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This project will be to upgrade and existing "Klaxon" system. At this time, no funds are available or appropriated for this project. The sole intention of this sources sought notice is to conduct market research and explore industry capabilities and interest about a potential acquisition for this requirement. Enclosed into this description is the main portion of the working draft of the statement of work. Please email the Contracting Officer your company information including capabilities, interest and socioeconomic status if willing and able to accomplish this work within the next year, or any other questions regarding this requisition. P ROJECT T ITLE : 128ARW Klaxon Install SCOPE : This Statement of Work concerns the installation of a Klaxon Notification System at 128th Air Refueling Wing. Project will require the integration with current Tyco SimplexGrinnell 4100U control panel in main TR (Bldg. 512), installation of 15 Notification Appliance Alert (NAC) panels, which will support the installation of 43 interior notification devices to be installed within several buildings, 4 exterior notification devices that will be installed on exterior walls, and 5 outdoor beacons with horns that will be installed on existing poles. All locations will be designated by specified government personnel. The end result will consist of a completely independent, fully operational notification system with both programmable audible, and in sync visual notification, which will be initiated from the Command Post (Bldg. 522). The entire System will have battery backup that will support 1 hour on standby, and 10 minute operation. Project will consist of all applicable terminations, testing and documentation. D ATE R EQUIRED : Delivery dates for engineered products and installation dates related to this project will be provided by the 128th Air Refueling Wing Communications Flight. •1. G ENERAL: The Engineering and Installations contractor must employ, directly or through a subcontract, qualified licensed electrician, by the state of Wisconsin. The installer must be knowledgeable on this system, and know how install and operate this system. The contractor shall provide all necessary materiel, equipment, labor, supervision and facilities. The contractor shall employ qualified installers to properly place, terminate and test all related wiring and equipment. Contractor must provide certification credentials available on request. The contractor shall obtain the electrical services requirements for the building from the contracting officer or the contractor's designated representative during the initial engineering survey. •2. S YSTEM DESIGN: The system shall be designed by the contractor in accordance with the guidance and criteria contained in the contract, this SOW, (NOTE: In case of conflicting requirements, the order of precedence is as listed above). Components of the wiring and distribution system shall include, but not limited to wiring service entrance, communications equipment room, telecommunications closets, distribution system (raceways and pathways), wiring, riser system, connection hardware and mass notification speakers. The system design shall meet or exceed the following minimum requirements: flexibility of layout, concealment of all wires, hardware and equipment, no defacement to the building structure, easy access to installed cables, safe working environment for users and maintainers, minimum life cycle cost to maintain and rearrange the system to accommodate user moves and growth in services requirements and easy management of wire routing and connections. The project package will include installation requirements to perform full 100% QA/QC testing of all circuits proposed and provide As-Built package to be described further in this SOW. All materiel proposed to be utilized by the contracted engineer shall be approved for use by the communication flight Communication Systems Officer (CSO) or a designated Communications Flight SCO/SCX representative, and a designated Civil Engineering Electrician. •3. COPPER HORZONTAL CABLE: The wiring to be used on this project from the Building TR to the adjacent rooms will be contractor supplied, using appropriate AWG that is required for the equipment per the manufacturer specifications. •4. COPPER BACKBONE CABLE: None required, contractor will utilize existing backbone with assistance from government personnel. •5. EQUIPMENT LOCATONS: Customer will provide maps that explain specific locations for installation of Notification Devices, Beacons, and NAC panels. •6. EQUIPMENT: The equipment required for this project is as follows: Contractor will provide notification devices that will work cohesively with our current SimplexGrinnell 4100U Control panel. Notification devices should be integrated with the SimplexGrinnell 4100U without major adjustments, and will resemble the following: clear indoor horn and strobe (Edwards Signaling P/N: 869strC-AQ) or equivalent with visible text " ALERT ", clear outdoor horn and strobe (Edwards Signaling P/N: 868strC-AQ) or equivalent with visible text " ALERT ", amber beacon with horn (Edwards Signaling P/N: 51A-G1) or equivalent, NAC (SimplexGrinnell 4009 NAC Extender) with battery backup, or equivalent. Contractor will supply necessary AWG wire and grounding wire that is required per manufacturer specs, along with all necessary mounting hardware. Contractor will supply necessary 3/4 " EMT conduit and conduit accessories (I.E. steel compression fittings, etc.) for areas that it is required. Each NAC panel will be on its own, separate electrical circuit, which will be provided by the contractor. •7. RACEWAY AND ASSOCIATED EQUIPMENT: Project should be able to utilize existing pathways and raceways. Project may require a limited number of smaller "J - hook" type cable supports and 3/4" EMT conduit with steel compression fittings, along with ground wire run throughout all conduit. NOTE: No Cable " Bridle Rings " or other support under 1" in width will be used. •8. FIRE STOPPING: Where horizontal penetration must be made to facilitate installation of the horizontal wires and optical fiber and copper cables, each penetration will be made and the fire rating will be restored using approved materiel and methods following NFPA 70 NEC guidance, using intumescent fire stop putty to maintain materiel uniformity. Sleeves will be installed where required by code and must be approved by the Base Civil Engineer. •9. CLARIFICATION OF GOVERNMENT FURNISHED EQUIPMENT: All materiel, parts, and labor, excluding the SimplexGrinnell 4100U head-end, shall be supplied by the contractor. •10. CLARIFICATION OF MATERIEL ACCEPTANCE: All materiel proposed to be utilized by the contractor shall be submitted and approved for use by the Communication Flight Communication System Officer (CSO) or Communications Flight SCO/SCX representative. •11. INSTALLATION METHODOLOGY: All work will be completed to conform to the latest edition of: •· ANGETL 15-01 •· Manufacturers' specifications. •· National Electrical Code®. •· National Electrical Safety Code®. •· Applicable AFOSH Standards. •· All local codes and ordinances. NOTE: Where a conflict exists, this SOW and local codes and ordinances will supersede all other requirements in the preceding order. •12. TESTING: The Klaxon System will be tested in its entirety. Any deviation of testing must be approved by the Base CSO. A hard copy and an electronic media of choice as selected by the owner (e.g., compact disc [CD] or flash card) containing the test results will be provided to the Communications Flight Base Plans Office. Any negative test result must be remedied prior to project acceptance. To ensure warranty requirements are met, the cable system will be tested to the commercial standards of said cable system. •13. AS-BUILT PACKAGE: Upon completion of the project, the contractor will provide an As-Built package to the District that will contain the following items: •· Updated floor plans; Hard and Electronic copy size and type to be determined by base CSO. •· Wire/cable routing schematic •· All system test results •· Photographs/videotape as appropriate •· All product and workmanship will be warranted; the project will be warranted for a minimum period of fifteen (15) years from completion of installation or as agreed upon by the CSO. •14. QUALITY ASSURANCE AND ACCEPTANCE TESTING: The contractor shall accompany base CSO or Communications Flight SCO/SCX, and CES Electrician representative on an inspection of the wiring and distribution system. The system shall be visually inspected for workmanship, damage, construction flaws, and defects to insure all components are properly marked and identified. The contractor shall correct all deficiencies noted during the inspection in accordance with the terms of the contract. The contractor shall demo functionality before CSO/SCX/SCO/CES acceptance. •15. SCHEDULE: The contractor will provide an estimated time for project duration, with minimum impact on the customer by working during the hours most advantageous to both the customer and the contractor if required. Any schedule changes require a 24-hour notification to ensure base communication personnel availability. •16. DELAYS TO PROJECT: Delays caused by the contractor may result in lack of an operable, critical alert system. It is imperative that this system, if progress is delayed and system is inoperable, will receive utmost importance for an immediate fix action. All costs incurred by 128 ARW as a result of said delay will be passed along to the contractor on a cost-plus basis. •17. HOURS OF OPERATION: The contractor will provide an estimated time for project duration, with minimum impact on the government by working during the hours most advantageous to both the government and the contractor if required. The contractor is responsible for conducting business, between the hours of 0700-1600 Tuesday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. •18. DAMAGE TO INSTALLED (EXISTING) PHYSICAL PLANT: FAR clause 52.236-9, PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984) (Section b) The Contractor shall protect from damage all existing improvements and utilities (1) at or near the work site and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. 19. APPLICABLE DOCUMENTS: The following documents form a part of this SOW to the extent specified herein. If the requirements of these documents conflict with the requirements contained in this SOW, the requirements of this SOW contract shall govern. GOVERNMENT: Air National Guard Engineering Technical Letter 15-01-05 Electrical and Communications Engineering. Contact MSgt Cory Moore, cory.moore@ang.af.mil, DSN 892-8710, Comm (217) 757-1710 to obtain the latest version of these documents. COMMERCIAL: NFPA 70: National Electrical Code, Comm: 1 (800) 344-3555, NFPA 1 Batterymarch Park Quincy, Massachusetts USA, 02169-7471. •20. BID OPTION 1: Make system fully redundant. Minimalize single point of failure (ie: Class A wiring) •21. BID OPTION 2: Add two additional Beacon Horn and Strobes, totaling 7 Beacons, as marked on Alert Route Map, attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J2-17-R-2507/listing.html)
- Place of Performance
- Address: 1919 East Grange Avenue, Milwaukee, Wisconsin, 53207, United States
- Zip Code: 53207
- Zip Code: 53207
- Record
- SN04387425-W 20170203/170201234342-7ae423a1aea45bd6011ccea19ed371ea (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |